Opinion
In this case we hold that a public entity may waive inconsequential deviations from contract specifications in a public contract bid. To be considered inconsequential, a deviation must neither give the bidder an unfair competitive advantage nor otherwise defeat the goals of insuring economy and preventing corruption in the public contracting process.
Appellant Ghilotti Construction Company (GCC), the second lowest bidder on a contract for a road construction project in respondent City of Richmond (the City), petitioned the trial court for a writ of mandate or prohibition to prevent the City from contracting with the low bidder on the project, real party in interest Ghilotti Brothers Construction, Inc. (GBCI). GCC contended GBCI’s bid deviated from contract specifications because it showed that GBCI would subcontract more than 50 percent of the work on the project. The trial court denied the petition. We affirm. The city council properly awarded the contract to GBCI, finding the irregularity in its bid insubstantial.
Background
The City issued an invitation for bids on a construction project on Cutting and Canal Boulevards (the Cutting/Canal Project) in May 1995. The invitation reserved “the right to reject any or all Bids or to waive any informalities in the bidding.” The city engineer’s estimate for the project was $2,577,383. On June 1, 1995, the City received bids from three contractors. GBCI bid $2,419,598; GCC bid $2,714,201; and RGW Construction, Inc., bid $2,774,765. On June 2, the City received a letter from GCC objecting to the award of the contract to GBCI on the ground that GBCI’s bid indicated it would subcontract more than 50 percent of the project.
The contract documents incorporated standard specifications issued by the California Department of Transportation (CalTrans). These specifications included the following requirement: “The Contractor shall perform with his own organization contract work amounting to not less than 50 percent of the *901 original total contract price, except that any designated ‘Specialty Items’ may be performed by subcontract and the amount of any such ‘Specialty Items’ so performed may be deducted from the original total contract price before computing the amount of work required to be performed by the Contractor with his own organization.” The City’s bid proposal did not designate any specialty items. CalTrans typically gives that designation to items such as landscaping, striping, and electrical and joint trench work. In a letter responding to GCC’s protest, GBCI argued that if such items were deducted from the original contract price, GBCI would have been performing 78.7 percent of the remaining work. However, GBCI’s bid showed it would be subcontracting 55.44 percent of the total contract price.
The City’s office of contract compliance issued a memorandum on June 13, 1995, analyzing the three bids for the Cutting/Canal Project. The memorandum noted both GBCI and GCC had exceeded the City’s goals for subcontracting to minority and local businesses, but GBCI’s bid appeared to violate the limit on subcontracting imposed by the CalTrans standard specifications. The memorandum also observed the City had waived or disregarded this requirement on previous projects, including a 1991 street project and another recent San Pablo Avenue project on which appellant GCC had performed less than 50 percent of the work itself. The memorandum concluded there was sufficient precedent to award the contract to GBCI, the lowest responsive bidder.
The city council met on June 26, 1995, to consider the contract for the Cutting/Canal Project. The office of contract compliance memorandum was presented, and oral presentations were made in the following order. Jim Ghilotti, vice-president of GCC, argued that GCC’s bid had been dramatically affected by the restriction on subcontracting. He claimed GCC could have made its bid $90,000 lower by using a subcontractor for storm drain work. He also contended GCC had not violated the subcontracting restriction on the San Pablo project identified in the office of contract compliance memorandum. Frank Ruona, vice-president of GBCI in charge of estimating and construction management, told the city council he had the bid documents from the San Pablo project; he asserted they showed that GCC had not complied with the 50 percent requirement at bid time but had reduced the dollar amounts allotted to various subcontractors by paying for materials itself instead of purchasing the materials through the subcontractors. Ruona noted GBCI had tried to use local and minority subcontractors to comply with the City’s priorities. Mario Ghilotti, vice-president and general manager of GBCI, mentioned previous projects on which GBCI had been low bidder but had not been awarded the contracts because it had failed to meet the *902 City’s requirements for using local and minority subcontractors. He claimed GCC was using “good sharp lawyers” to try to disqualify GBCI’s low bid on the Cutting/Canal Project when GBCI could have shown it would be performing 55 percent of the project by making minor alterations in its bid.
John Knox, counsel for GBCI, told the city council that if GBCI were allowed to adjust its figures by paying for subcontractors’ materials, as GCC had done on the San Pablo project, GBCI would meet the 50 percent requirement without raising its bid. Rick Norris, counsel for GCC, told the city council it was legally required to reject GBCI’s bid because it did not conform to specifications. Norris argued a deviation must be considered substantial unless it could not have affected the amount of the bid, and that GCC’s bid was higher by at least $90,000 because it had complied with the rules. A council member observed that the $90,000 difference was insufficient to make up the gap between the bids of GCC and GBCI. Norris responded that the $90,000 was the simplest example GCC was able to document, but that GCC believed its bid would have been lower than GBCI’s had it not been for the 50 percent requirement, and would be lower if the project were rebid without that requirement.
The city manager recommended the city council award the contract to GBCI. He cited the City’s past practice in dealing with the 50 percent requirement when awarding contracts, the insufficiency of GCC’s asserted $90,000 savings to displace GBCI as the lowest bidder, the necessity of awarding the contract by June 30 in order to receive state funding, and the fact that only GBCI’s bid had come in under the City’s estimate, so that if the contract were given to one of the other bidders more money would have to be budgeted for the project. The city manager suggested the city council waive the 50 percent requirement as “nonsubstantive and inconsequential.” The City Attorney stated “for further clarification” that the city council would be waiving any irregularity in GBCI’s bid on the ground it was not substantial. The city council unanimously voted to award the contract to GBCI.
On June 29, 1995, GCC filed its writ petition in the trial court, and at the same time sought a temporary restraining order to prevent the City from executing a contract with GBCI for the Cutting/Canal Project. On July 11, the trial court denied the application for a temporary restraining order, issued an alternative writ, and set a hearing on the issues raised by the writ petition. The parties submitted declarations and exhibits for the trial court’s review. Frank Ruona declared that the time pressure on bid submissions was the reason GBCI’s bid was not structured to reflect subcontracting of less than *903 50 percent of the work on the project. Ruona stated that by purchasing $300,000 in materials and supplies for one subcontractor, GBCI could show it was performing 55.7 percent of the work as measured by the contract price, without changing the amount of its bid.
At the hearing on July 25, 1995, the trial court observed GCC had presented no evidence demonstrating GBCI’s bid would necessarily have been higher if it were structured to conform with the 50 percent requirement. Counsel for GCC admitted there was no such evidence, but argued it was not legally required. GCC contended any adverse effect on other bidders due to the other bidders’ compliance with contract specifications was sufficient to disqualify GBCI’s bid, whether GBCI’s noncompliance had affected its bid or not. GCC also urged that allocating work to subcontractors generally confers an economic advantage on the contractor. GBCI pointed out that RGW Construction, Inc., the other bidder on the Cutting/Canal Project, had proposed subcontracting 62 percent of the work and yet came in with the highest bid. GBCI claimed its deviation from the 50 percent requirement was insignificant in light of its showing that it could meet the requirement without changing the amount of its bid. The trial court issued a notice of decision on July 26 denying the writ petition and discharging the alternative writ, without making specific findings. On August 15, 1995, judgment was entered in conformance with the trial court’s decision.
GCC filed a notice of appeal on August 18, 1995. On August 30, 1995, this court summarily denied GCC’s petition for a writ of supersedeas or other stay order, and for an immediate stay of the trial court’s judgment.
Discussion
I
In reviewing the award of a public contract, our function is the same as the trial court’s—to decide whether the public entity’s decision is supported by substantial evidence. Our review is limited to an examination of the proceedings to determine whether the City’s actions were arbitrary, capricious, entirely lacking in evidentiary support, or inconsistent with proper procedure. There is a presumption that the City’s actions were supported by substantial evidence, and GCC has the burden of proving otherwise. We may not reweigh the evidence and must view it in the light most favorable to the City’s actions, indulging all reasonable inferences in support of those actions.
(Boydston
v.
Napa Sanitation Dist.
(1990)
In determining whether a bid is responsive to a solicitation for bids, and whether a deviation from contract specifications may be disregarded as insubstantial, the contracting entity must provide the bidder with notice and allow it to submit materials concerning the issue of responsiveness. However, the entity need not conduct a hearing, make formal findings, or otherwise comply with the due process requirements for determining whether a bidder is responsible, which were defined by the Supreme Court in
City of Inglewood-L.A. County Civic Center Auth.
v.
Superior Court
(1972)
The City was required to award the contract for the Cutting/Canal Project “to the lowest responsible bidder after notice.” (Pub. Contract Code, § 20162.)
2
“A basic rule of competitive bidding is that bids must conform to specifications, and that if a bid does not so conform, it may not be accepted. [Citations.] However, it is further well established that a bid which substantially conforms to a call for bids may, though it is not strictly responsive, be accepted if the variance cannot have affected the amount of the bid or given a bidder an advantage or benefit not allowed other bidders or, in other words, if the variance is inconsequential. [Citations.]” (47 Ops.Cal.Atty.Gen.
*905
129, 130 (1966), quoted with approval in
National Identification Systems, Inc.
v.
State Bd. of Control, supra,
GCC’s arguments, both in the trial court and on appeal, are almost entirely based on Konica, in which the court explored at length whether a variance from specifications was substantial enough to disqualify a bid. 3 In Konica, the University of California advertised a “Request for Quotation” on a contract for photocopy machines and service, including detailed performance specifications for various categories of copy machines. Konica was underbid by Copy-Line. The university awarded Copy-Line the contract even though the machines designated in its bid did not meet the required specifications in two categories, whereas Konica’s bid met or surpassed all the performance specifications. (206 Cal.App.3d at pp. 451-453.) The court examined the difference in the quoted prices for conforming and nonconforming machines and noted neither Copy-Line nor the university directly disputed the fact that strict adherence by Copy-Line to the performance specifications would have resulted in an increased bid. (Id. at p. 455.) Because the deviation from specifications gave Copy-Line a competitive advantage, the court concluded the contract had to be set aside. (Id. at p. 457.)
GCC contends that under Konica, any deviation from bid specifications having a potential impact on the amount of a bid is consequential and requires the bid to be disqualified, without considering whether the bid was in fact affected by the deviation. GCC claims such a potential impact is undisputed here, citing a declaration by the City’s senior engineer to the effect that the bid specifications for the Cutting/Canal Project were based on estimates of site conditions and the quantities of various items, but that “[t]he final cost of the work for this project can vary based upon the actual work performed by the contractor and its subcontractors.”
GCC’s argument distorts both the record in this case and the reasoning of the
Konica
court. The engineer’s statement does not indicate that project cost can vary based on the relative amounts of work performed by the contractor and its subcontractors. Such a general proposition has little analytical value; an example of its uncertainty is found in the fact that the highest bidder on the Cutting/Canal Project proposed the most extensive use of subcontractors. The engineer merely stated that variations between the estimated and actual
*906
costs of performing the work may affect the final cost of the project. The
Konica
court carefully noted the actual impact of Copy-Line’s deviation and emphasized there was no real dispute that Copy-Line’s bid would have been higher if it met the performance specifications.
(Konica, supra,
“Whether in any given case a bid varies substantially or only inconsequentially from the call for bids is a question of fact.” (47 Ops.Cal.Atty.Gen.,
supra,
at p. 131.) Under
Konica,
the factual issue to be resolved is whether the variation resulted in an unfair competitive advantage in the bidding process. The
Konica
court noted the Attorney General’s opinion only considered a public entity’s power to accept a substantially conforming bid, without addressing the issue of disadvantage to an unsuccessful bidder whose bid strictly conformed to the advertised requirements. The court suggested the acceptability of “substantial” compliance is suspect when some bids meet the specifications fully and others do not. (
In
Harry Pepper & Assoc,
v.
City of Cape Coral
(Fla.Dist.Ct.App. 1977)
The other factors identified in
Konica’s
reference to
L. Pucillo & Sons
v.
Mayor and Council, etc.
(1977)
GCC directs our attention to the following policy considerations stated in
Konica,
supra: “The purpose of requiring governmental entities to open the contracts process to public bidding is to eliminate favoritism, fraud and corruption; avoid misuse of public funds; and stimulate advantageous market place competition. (See legis. intent declared in Pub. Contract Code, § 10300;
Miller
v.
McKinnon
(1942)
We note the
Konica
court made the above observations only after it concluded that Copy-Line’s deviation from specifications had given it a competitive advantage over Konica. Similarly, the
Domar
court’s reference to this passage came after it decided the City of Los Angeles could validly require bidders to demonstrate good faith efforts to include minority- and women-owned subcontractors in public contract bids, so that the plaintiff’s bid was properly rejected for failure to comply with the requirement. Substantial compliance was not an issue in
Domar,
because the plaintiff had completely failed to comply with the subcontractor outreach requirement. In
Gil-Bern Construction Corp.
v.
City of Brockton
(1968)
Other cases cited by
Konica, supra,
for the proposition that a deviating bid must be set aside despite the absence of corruption or actual adverse effect on the bidding process make it clear that the deviation must be capable of facilitating corruption or extravagance, or likely to affect the amount of bids or the response of potential bidders.
(Terminal Const. Corp.
v.
Atlantic Cty. Sewer. Auth.
(1975)
In
Domar, supra,
our Supreme Court emphasized the necessity of a pragmatic approach, placing the public interest above the interests of the bidders: “As one leading treatise explains: ‘The provisions of statutes, charters and ordinances requiring competitive bidding in the letting of municipal contracts are for the purpose of inviting competition, to guard against favoritism, improvidence, extravagance, fraud and corruption, and to secure the best work or supplies at the lowest price practicable, and they are enacted for the benefit of property holders and taxpayers, and not for the benefit or enrichment of bidders, and should be so construed and administered as to accomplish such purpose fairly and reasonably with sole reference to the public interest. These provisions are strictly construed by the courts, and will not be extended beyond their reasonable purpose. Competitive bidding provisions must be read in the light of the reason for their enactment, or they will be applied where they were not intended to operate and thus deny municipalities authority to deal with problems in a sensible, practical way.’ (10 McQuillin, Municipal Corporations (3d rev. ed. 1990) § 29.29, p. 375, fns. omitted.) Thus, [laws] requiring competitive bidding are not to be given such a construction as to defeat the object of insuring economy and excluding favoritism and corruption. [Citations.]” (
II
In
Valley Crest Landscape, Inc.
v.
City Council
(1996)
In Valley Crest, as here, the second lowest bidder on a city project protested the lowest bid due to its failure to comply with a contract requirement that the bidder perform at least 50 percent of the work itself. The *910 lowest bid, by North Bay Construction, Inc. (North Bay) was $4,077,675; the second lowest bid, by Valley Crest Landscape, Inc. (Valley Crest) was $4,088,000. Valley Crest’s protest letter noted that permitting a postbid inquiry and clarification would unfairly give North Bay an opportunity to reconsider whether it really wanted the project. Nevertheless, the city engineer contacted North Bay regarding its subcontracting figures, warning North Bay its bid would be considered nonresponsive unless further information was forthcoming. North Bay responded that the 83 percent figure was “not correct,” and was the product of estimated subcontracting amounts which were all that were available until just before the bid closing. North Bay provided “ ‘actual correct subcontractor percentages’ totaling 44.65 percent.” The city engineer and the public works director spot-checked the revised percentages by contacting the five largest subcontractors, and were satisfied the new figures were accurate. The city attorney recommended waiving the bid irregularity because the revised bid was in compliance, the subcontracting limitation was not a legal requirement but merely a request by the city, and the irregularity had not given North Bay a competitive advantage over other bidders. The city council voted to award the contract to North Bay. Valley Crest sought a writ of mandate requiring the city to enforce the Subletting and Subcontracting Fair Practices Act (Pub. Contract Code, § 4100 et seq.) against North Bay, and to award the contract to Valley Crest. The trial court denied the petition. (41 Cal.App.4th at pp. 1435-1437.)
The Third District reversed, reviewing the trial court’s conclusion de novo as a matter of statutory interpretation. The court quoted
Konica, supra,
The
Valley Crest
court derived from
Menefee
the rule that a bid irregularity may only be waived if it would not give the bidder an unfair advantage by allowing it to withdraw its bid without forfeiting the bid bond. (See
Menefee, supra,
163 Cal.App.3d at pp. 1180-1181.) “Applying the same test here, we conclude North Bay had an unfair advantage because it could have withdrawn its bid. Misstating the correct percentage of work to be done by a subcontractor is in the nature of a typographical or arithmetical error. It
*911
makes the bid materially different and is a mistake in filling out the bid. As such, under Public Contract Code section 5103, North Bay could have sought relief by giving the City notice of the mistake within five days of the opening of the bid.[
4
] That North Bay did not seek such relief is of no moment. The key point is that such relief was available. Thus, North Bay had a benefit not available to the other bidders; it could have backed out. Its mistake, therefore, could not be corrected by waiving an ‘irregularity.’ ”
(Valley Crest, supra,
We note two significant factual distinctions between Valley Crest and this case. First, the original bid in Valley Crest exceeded the 50 percent limitation by 33 percent, whereas GBCI’s bid proposed to subcontract approximately 5.5 percent more work than was permissible. Clearly, on the face of the bids it is more difficult to consider the large discrepancy in Valley Crest an inconsequential irregularity. Second, in Valley Crest the city told North Bay its bid would be considered nonresponsive in the absence of further information, giving North Bay the opportunity to withdraw its bid. Here, there is no indication the City gave GBCI an opportunity to withdraw its bid because of the deviation from the limitation on subcontracting. To the contrary, the office of contract compliance memorandum notes only that GBCI’s bid “appears to be in violation” of the limitation, and expressly deems GBCI to be the “lowest and responsive bidder.”
The most important distinction between this case and
Valley Crest,
however, is that GCC has never contended GBCI had a competitive advantage because it could have withdrawn its bid under Public Contract Code section 5103.
5
We believe the ability to withdraw is a more significant factor in cases involving formal defects in bids, such as the missing signature in
Menefee, supra,
Disposition
The judgment is affirmed. The City and GBCI shall recover their own costs on appeal.
Corrigan, Acting P. J., and McGuiness, J., * concurred.
Appellant’s petition for review by the Supreme Court was denied August 28, 1996.
Notes
GCC argues that our review is de novo, because only a legal issue is involved. We disagree with GCC’s formulation of the issue in this case, as our discussion below makes clear.
We also note we must follow the standard of review applied in traditional mandamus proceedings under Code of Civil Procedure section 1085, rather than the standard applicable to administrative mandamus under Code of Civil Procedure section 1094.5. It is not clear from the record in this case which variety of mandamus proceeding GCC intended to pursue, but since administrative mandamus is not available to address the issue of compliance with bid specifications, GCC’s petition is deemed to seek a traditional writ of mandate. (See
Taylor Bus Service, Inc.
v.
San Diego Bd. of Education, supra,
In the absence of a city charter provision governing the bidding process, Public Contract Code section 20162 applies. (See
R & A Vending Services, Inc.
v.
City of Los Angeles
(1985)
National Identification Systems, Inc.
v.
State Bd. of Control, supra,
did not involve a deviation from specifications; the issue there was whether a bidder’s performance on a benchmark demonstration of capability to perform the project precluded acceptance of the bid. (
In a footnote at this point the
Valley Crest
court states: “Moreover, apart from the relief afforded by section 5103 of the Public Contract Code, the City gave North Bay the opportunity to withdraw its bid. The City’s letter to North Bay stated the bid would be considered nonresponsive unless North Bay provided additional information.” (
Public Contract Code section 5103 establishes the following prerequisites for obtaining relief from the responsibility to perform on a bid for a public contract:
“The bidder shall establish to the satisfaction of the court that:
“(a) A mistake was made.
“(b) He or she gave the public entity written notice within five days after the opening of the bids of the mistake, specifying in the notice in detail how the mistake occurred.
“(c) The mistake made the bid materially different than he or she intended it to be.
“(d) The mistake was made in filling out the bid and not due to error in judgment or to carelessness in inspecting the site of the work, or in reading the plans or specifications.”
GCC submitted a supplemental letter brief after
Valley Crest
was issued, urging us to take a similar approach. We decline to do so for the reasons stated above. We note
Valley Crest
does not break new ground in discussing the low bidder’s ability to withdraw its bid.
Menefee, supra,
At oral argument, GCC contended
Valley Crest
stands for the proposition that a potential competitive advantage precludes waiver of a bid irregularity, without the necessity of showing any actual advantage. We disagree. The
Valley Crest
court held North Bay had an actual advantage, not only because it could have obtained relief under the Public Contract Code as a matter of law, but also because the city expressly gave North Bay the opportunity to withdraw its bid. (
Judge of the Alameda Superior Court sitting under assignment by the Chairperson of the Judicial Council.
